Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services Limited
Three Cherry Tree Lane
Hemel Hempstead
HP2 7AH
Contact
Allan Richardson
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
05280446
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://discovery.ariba.com/rfx/16259570
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://discovery.ariba.com/rfx/16259570
one.4) Type of the contracting authority
Other type
Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS SBS CLOUD SOLUTIONS 2 - SBS10256
Reference number
10256
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Shared Business Services act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework.
NHS Shared Business Services Limited (NHS SBS) intends to put in place a Framework Agreement for the provision of Cloud Solutions and related Goods and Services for Healthcare to be used by NHS SBS Approved Organisations.
Our Approved Organisation list can be found on:
https://sbs.nhs.uk/proc-framework-agreements-support
The Framework will be structured using the following Lots:
Lot 1 - Solution Design and Consultancy
Lot 2 - Infrastructure as a Service (IaaS), Platform as a Service (PaaS) and Software as a Service (SaaS)
Lot 3 - Cloud Support Services
Lot 4 - End-to-end Cloud Solutions
We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Solution Design and Consultancy
Lot No
1
two.2.2) Additional CPV code(s)
- 72200000 - Software programming and consultancy services
- 72400000 - Internet services
- 72500000 - Computer-related services
- 72600000 - Computer support and consultancy services
- 72800000 - Computer audit and testing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Services relating to the design of cloud solutions including but not limited to consultancy and advice on migration, acquisition (identification, selection and procurement) and delivery and receipt of cloud services and their use.
Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 20 bidders for Lot 1.
For Lots 1-3, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Infrastructure as a Service (IaaS), Platform as a Service (PaaS) and Software as a Service (SaaS)
Lot No
2
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot enables Approved Organisations to procure their requirements for infrastructure, platform and software all using the recognised 'as a service' methodology for cloud delivery, i.e. remotely hosted and delivered via the internet. This includes cloud hosting and access to compute resources.
Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 20 bidders for Lot 2.
For Lots 1-3, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Cloud Support Services
Lot No
3
two.2.2) Additional CPV code(s)
- 72200000 - Software programming and consultancy services
- 72400000 - Internet services
- 72500000 - Computer-related services
- 72600000 - Computer support and consultancy services
- 72800000 - Computer audit and testing services
- 79412000 - Financial management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot enables Approved Organisations to procure their requirements for services which support and enable the cloud delivery described as being within the scope of Lot 2, including without being limited to, maintenance and support services, advice on configuration and optimisation of cloud infrastructure and related financial operations (FinOps).
Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 20 bidders for Lot 3.
For Lots 1-3, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
End-to-end Cloud Solutions
Lot No
4
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72200000 - Software programming and consultancy services
- 72400000 - Internet services
- 72500000 - Computer-related services
- 72600000 - Computer support and consultancy services
- 72800000 - Computer audit and testing services
- 79412000 - Financial management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot enables Approved Organisations to procure their requirements for holistic service delivery relating to cloud services which may wholly or partially span the scope of Lots 1 to 3 inclusive.
Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 20 bidders for Lot 4.
Lot 4 will be populated by those Bidders who have been successfully awarded to Lots 1-3 inclusive and confirmed within the relevant part of their tender that they wish to be considered for appointment to Lot 4.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-002010
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 June 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The value provided in II.1.5 is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.
six.4) Procedures for review
six.4.1) Review body
NHS Shared Business Services Limited
Three Cherry Tree Lane
Hemel Hempstead
HP2 7AH
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom